Heavy Construction BPA for FL and Ga
The U.S. Army Corps of Engineers (USACE) Jacksonville Contracting Office (SAJ-CT) intends to solicit, negotiate, and establish non-priceed Blanket Purchase Agreements (BPAs) for heavy construction veh... The U.S. Army Corps of Engineers (USACE) Jacksonville Contracting Office (SAJ-CT) intends to solicit, negotiate, and establish non-priceed Blanket Purchase Agreements (BPAs) for heavy construction vehicle rentals in accordance with FAR Part 12 and 13. This is a 100% Small Business Set-Aside and the NAICS are 532412 Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing, and 532490 Other Commercial and Industrial Machinery, equipment Rental, Leasing, 336999 All-terrain vehicles (ATVs), wheeled or tracked, manufacturing 333120 Aggregate spreaders manufacturing. These NAICS covers both rented/leased equipment, and equipment including operators. The predominant NAICS is 532412, the small business size standard is $32.5 Million. A small business firm as defined by this standard may compete for a Heavy Equipment BPA. A non-exhaustive list specifying frequently used equipment is included with this synopsis, but all equipment will be confined to the aforementioned NAICS codes. The areas of performance will be the within the states of Florida and Georgia. This announcement constitutes the only solicitation. The synopsis reference number is W912EP-19-Q-0002. Incorporated provisions and clauses are those in effect through the FAC 2019-02 and DPN 20190215. The following factors shall be used to evaluate offers to establish the BPA: Past Performance and technical acceptability. A minimum of three (3) BPAs will be established with responsible firms who have demonstrated satisfactory past performance for the rental of equipment as detailed in the master BPA (see attached). The technical section is evaluated by capability to deliver the needed equipment on-site while meeting the delivery requirements in Element A. The Government reserves the right to establish more than three (3) BPAs, but no less three (3) and no more than six (6) BPAs are contemplated. All responsible sources may submit an offer to be considered by the agency. Responses will be in two sections. Section I will appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications. Please keep general assertions of capability to a minimum, and emphasis the specific capability tailored to the BPA requirements and Elements below. Include in Section I brief description of equipment offered, limitations on available equipment or quantities ordered for a period, your firm's capabilities to meet the delivery requirement below, how your firm determines delivery charges, how your firms prices equipment, and include any other topic from the master BPA attachment. Section I will be evaluated for technical acceptance, and acceptance is how well the Section I is complete in meeting the requirement in the scope of work with emphasis on delivery and the equipment list below. A section I materially incomplete or lacking merit will be determined unacceptable. All responses should include a point of contact, telephone number, and electronic mail address. The technical will consist of the two elements below: Element A: Delivery The delivery requirement is to provide equipment within five (5) calendar days of the signed call to the field location identified in the call. The contractor is required to replace inoperable/unrepairable equipment if equipment repairs can NOT be completed within 72 hours. Please provide a narrative on how your firm will respond to repair and replacement of broken leased equipment in the submitted capability statement. The geographical areas work will be performed will be the state of Florida and some Georgia. Delivery charges are evaluated per each call and are based on a reasonable agreed to methodology; such as how delivery charges are ordinarily priced when completing filling an order. The Government may add an emergency order method for our field manager for certain items; this is not evaluated but for information purposes. If the Government requires a quick equipment item with a total cost less than $10,000 such as a pump over a weekend explain how your company will respond to get it on-site and any potential limitations on rapidly completing the order within 72 hours. In addition, detail out other experiences or contractual instruments with emergency ordering. Element B: Heavy Construction Equipment List Identify the equipment that is not available to rent, seasonal equipment, or equipment that may be difficult to obtain; if everything is readily available state that fact as well. The swamp buggy is required for swampy areas of Florida. At times an operator for the swamp buggy will be needed. A barge with crew may be needed to ferry heavy equipment to and from across bodies of water such as rivers, lake, inter-coastal waterways. Identify if the swamp buggy and barge tugs are available, indicate if these equipment can be offered with operators and crew. Section II is past performance. Each Offeror will complete no more than three (3) past performance questionnaires. The Government intends to review past performance information submitted and from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from the technical experience projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. The past performance submitted will speak to Elements A and B. Past performance will be evaluated to be either acceptable or unacceptable. Each heavy equipment BPA will only contain the terms and conditions that will flow down to the BPA call which will be the priced order from a competitive RFQ of BPA holders. Once established each BPA holder will price a quote based upon the heavy equipment needs and work location USACE Jacksonville requires. Vendor selection will be based on Lowest Price Technically Acceptable (LPTA) at point of call award. All responsible sources (i.e. small businesses per NAICS, in SAM, not debarred) may respond to this synopsis and all responses will be considered by the agency. Responses to this notice may result in a BPA. Responses should be furnished electronically to the contacts listed below not later than 11:00 A.M. EST, Thursday, 27 June 2019. Contract Specialist: Chad D. Manson Email: chad.d.manson@usace.army.mil Phone: (904) 232-3420 Contracting Officer: James T. Tracy Email: james.t.tracy@usace.army.mil Phone: (904) 232-2107
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »